Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

OFFICE OF THE EXECUTIVE ENGINEER, MECHANICAL & HOSPITAL

DIVISION JAMMU

NOTICE INVITING TENDER


(Short Term)

MHDJ/e-NIT 212 of 2023-24 Dated: 11.12.2023


Due : 22.12.2023

On behalf of the Presi dent of India , e-tenders in two cover system on turnkey basis are invited from
registered/reputed firms having sufficient relevant experience for the work mentioned below:

S. Description of work Project Estt AAA/ Earnest Cost of tender Time of Eligibility
No Authority TS Money document completio
Criterion of
Deposit n
Bidder
1 UPGRADATION AND Principal 14.13 ACCORDED Rs 28500.00 Rs 1000.00 in 30 OEM/Authorized
GMC & in the Shape of the shape of
RENOVATION OF Associated LACS CDR/FDR/TDR
days /Registered &
Challan through Reputed firms
valid for 12
PSYCHOLOGY HALL NO Hospital months
J&K Govt.
having sufficient
Jammu Treasury
1 OF GMCH JAMMU. pledged to the
indicating experience as per
Executive
Engineer MH Treasury Voucher Annexure “C”
Division Jammu No. & date and similar nature of
also indicating work
the name of work
duly credited to
0059-PWD
(Revenue) and
uploading a copy
of treasury
challan / receipt
on e-tendering
portal.
OR
The bidder may
deposit tender
fee in the shape
of e-Challan
through Account
no.
009701010000
2163 in the
name of
Executive
Engineer
Mechanical &
Hospital
Division Jammu
Name of Bank:
J&K Bank Town
Hall Jammu
Branch
Code:0097
IFSC code:
JAKA0TNHALL
MICR CODE:
180051025

THE NIT CONSISTING OF Qualifying INFORMATION, ELGIBILITY CRITERIA, BILL OF QUANTITIES (BOQ) SETS OF TERMS
& CONDITIONS OF CONTRACT & OTHER DETAILS CAN BE VIEWED / DOWNLOADED FROM THE WEBSITE
www.jktenders.gov.in.

Sd/-
Executive Engineer
Mechanical & Hospital Division
Jammu

1
OFFICE OF THE EXECUTIVE ENGINEER, MECHANICAL & HOSPITAL
DIVISION JAMMU

General Terms and Conditions

Name of Work: UPGRADATION AND RENOVATION OF PSYCHOLOGY HALL NO 1 OF GMCH JAMMU .

The Bids shall be deposited in electronic format on the J&K Govt. website www.jktenders.gov.in

1. The hard copies of original documents along with EMD in the shape of CDR/FDR/TDR should be submitted
only by the bidder who is declared as L1 after opening of financial bids in the office of Executive Engineer
Mechanical & Hospital Division Jammu

2. The complete bidding process will be online.

3. The Technical bids shall be opened online in the Office of Executive Executive Engineer Mechanical &
Hospital Division Jammu

4. In case of holidays/office happens to be closed on the date of opening of the bids, bids will be opened
on the next working day at the same time and venue.

5. The Financial bids o f q u a l i f y i n g p a r t i c i p a n t s / t e n d e r e r s shall be opened online in the


Office of Executive Engineer Mechanical & Hospital Division Jammu

6. Technical Bids must be accompanied with cost of Tender document in shape of challan
through J&K Govt. Treasury indicating Treasury Voucher No. & date and also indicating the
name of work duly credited to 0059-PWD (Revenue).

7. It is presumed that bidder is agreed upon all the terms and conditions of e-NIT and also
thoroughly read the scope of work / Technical Specifications and has accepted all in total
and is well versed with the state’s Laws / Rules of e-tendering.
8. The bids for the work shall remain valid for a period of 180 days from the date of opening of bids.
9. The Bid shall be cancelled:-
a) Any bidder/ tenderer withdraws his bid/ tender during the period of bid validity or makes any
Modifications in the terms and conditions of the bid.
b) In case contractor fails to execute the agreement within 05 days after fixation of contract
10. Instruction to bidders regarding e-tendering process:
a) Bidders are advised to download bid submission manual from the "Downloads" option as well as
from "Bidders Manual Kit" on website www.jktenders.gov.in to acquaint w i t h bid submission
process.
b) To participate in bidding process, bidders have to get 'Digital Signature Certificate (DSC)' as
per Information Technology Act-2000. Bidders can get digital certificate from any approved
vendors.
c) The bidders have to submit their bids online in electronic format with Digital
Signature. No Financial bid will be accepted in physical form.
d) List of documents to be scanned and uploaded within the period of bid submission i.e.:
i) Cost of Tender document in shape of challan through J&K Govt. Treasury indicating
Treasury Voucher No. & date and also indicating the name of work duly crediting to
0059-PWD (Revenue) and uploading a copy of treasury challan / receipt.
a. Earnest Money Deposit/Bid security in shape of CDR/FDR/TDR valid for 12 months or
more pledged to Executive Engineer Mechanical & Hospital Division Jammu.
ii) Other documents comprising of copies of PAN card, Latest income tax Clearance
Certificate/return, GST Registration Certificate, and Completion Certificate
iii) Technical specifications as per Annexure “A”.
Note: The above documents are to be uploaded on the website before opening of
technical bid
a. The bidders are advised to accept and sign each leaf of the tender document with stamp/seal
before uploading on the portal.
2
Note: - Scan all the documents on 100 dpi with black and white option.

11. The department will not be responsible for delay in online submission due to any reasons.

12.Bidders may contact office of the Executive Engineer Mechanical & Hospital Division Jammu for any
guidance for getting DSC or any other relevant details in respect of e- tendering process trough
email or in writing during office hrs on working days only(email for enquiry
mhchgmch@gmail.com)
13. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case they
should attempt to create similar BOQ manually. The BOQ downloaded should be used for filling the
rate inclusive of all taxes and it should be saved/uploaded with the same name as it contains.

14. The rates and prices shall be quoted by the bidder entirely in Indian Rupees and the rates quoted
shall be deemed to include price escalation and all taxes upto completion of the work unless
otherwise, specified.

15. Bidders are advised to use "My Documents" area in their user on J&K Govt. E-Tendering portal
i.e. www.jktenders.gov.in to store such documents as is required.

1. Scheme of bidding process: The bid submitted by the Bidder shall be in two
separate parts.
A) PART I: This shall be named technical Bid and shall comprise of:
i) Scanned copies of all documents listed in 10 (d) of SBD (Hard copies only to
be submitted only after the bidder is declared L1)
B) PART II: It shall be named Financial Bid and shall comprise of:
i) Item rates price offer as specified in subject matter—the financial bid (i.e.
rates offered in the BOQ) shall be submitted & opened online only. (No
hard copy of Price BOQ shall be submitted
16. Terms and Conditions:
a) The detailed terms & conditions of the NIT are laid down in Annexure “B” of this tender
document.
b) The intending bidders are advised to visit the site to ascertain the exact quantum of work before
quoting their rates.

17. Bid Prices:


i) The Contract for the work shall be as described in NIT.
ii) The Bidder shall quote for the mentioned job in bid form.
iii) The prices to be quoted by the intending tenderer shall include the supply and installation
of all equipment at site, ancillary material and other items whatsoever required for carrying
out the job to fulfill the intent and purpose as laid down in the specifications
whether specifically mentioned or not. The prices/rates quoted shall be inclusive of all taxes,
duties, packing, forwarding, freight, transit insurance and all other levies as applicable by the
Central as well as UT Government including the WCT as applicable in the J & K UT Govt. on
work contracts for the completion of the work. The successful tenderer/ contractor, on
completion of the contract/work, shall be issued a certificate on prescribed format from the
Executive Engineer Mechanical & Hospital Division Jammu for the purpose of proof of
payment of such tax. Failure to include all other taxes and duties will not entitle the
contractor to any extra claims from the Department. The contractor’s rates shall remain firm
and fixed during the currency of the contract.
iv) The rates and prices quoted by the Bidder shall remain fixed for the duration of the contract
and shall not be subject to adjustment on any account.

18. Bid Validity:


i) Bids shall remain valid for a period of 180 days after the deadline date for bid submission. A
bid valid for a shorter period shall be rejected by the Department as non-responsive.
ii) In exceptional circumstances, prior to expiry of the original time limit, the Department may
request the bidder to extend the period of validity for a specified additional period. The
3
request and the bidder’s responses shall be made in writing. A bidder may refuse the request
without forfeiting his earnest money. A bidder agreeing to the request will not be required or
permitted to modify his bid, but will be required to extend the validity of his earnest money
for a period of the extension.

19. Preparation of Bids:


i) Language of Bid is English.
ii) All documents relating to the Bid shall be in the language specified in the tender document.

20. Format and Signing of Bid:


i) The bid shall be typed or written in indelible ink and shall be signed by a person or persons
duly authorized to sign on behalf of the bidder. All pages of the Bid shall be signed by the
person or persons signing the Bid.
ii) The Bid shall contain no overwriting, alterations or additions, except those to comply with
instructions issued by the Departments, or as necessary to correct errors made by the
Bidder. In that case such corrections shall be made by scoring out the cancelled portion,
writing the correction and initialing and dating it by the person or persons signing the Bid.

1. Submission of Bids:
i) The Department may extend the deadline for submission of bids online by issuing an
amendment, in which case all rights and obligations of the Department and the bidders
previously subject to the original deadline will then be subject to the new deadline.

a) The bid submitted shall be out rightly


rejected:-
i) If the scanned copy of cost of tender document (non-refundable) in the shape of Challan
through J&K Govt. treasury is not uploaded.
ii) Earnest Money Deposit in shape of CDR/FDR/TDR valid for 12 months or more pledged to
Executive Engineer Mechanical & Hospital Division Jammu is not uploaded.
iii) If bidder submit/upload the copy of price bid / BOQ in cover-1st.
iv) If the bidder does not provide an undertaking in shape of Affidavit (Notary Attested) for
Rs 100/- of currency of tender dates on non Judicial stamp paper as per Format
Enclosed at Annexure “D”. The Stamp paper should also have clearly mentioned the 1st
party name as contractor/ Firm name and 2nd party name as Executive Engineer
Mechanical & Hospital Division Jammu along with reference of e-Nit no.

I)
The bid submitted shall be liable to be rejected:-
i)
If the bidder does not upload all the documents as stipulated in the bid document.
ii)
If any discrepancy is noticed between the documents as uploaded at the time of submission
of bid and hard copies of L1 bidder (declared after technical and commercial evaluation as per
Annexure “A”) submitted physically after opening of the financial bid in the office of tender
opening authority.
2. Fundamental breach of contract will include:
i) Continuous stoppage of work for a period of 03 days without authorization of
Engineer-in-charge.
ii) Contractor is declared bankrupt.
iii) Any evidence of involvement of contractor in corrupt practices.
iv) Contractor delays the completion of work beyond stipulated time of completion.
v) Pursuant to the process of termination of defaulted contract, the Department reserves the
right to invite fresh tender for the balance work at the risk and cost of defaulter
contractor.

3. Major labour laws applicable to e stablishment engaged in building and other construction
work:
i) Compliance with Labour Regulation Laws of U.T.
ii) Specification/Quality Control: All items of works shall conform to specifications as per
latest IS specifications/ any other relevant prescribed specifications.
iii) Insurance: Insurance cover to Labour / Machinery / Work / Plant material / Equipment by

4
the contractor shall be mandatory and is sole responsibility of contractor.
iv) Laws Governing the Contract:-The contract shall be governed by Laws of the land.
v) Labour Laws applicable as enforced in the U.T of Jammu and Kashmir

Earnest Money:
i) The earnest money amount shall be in the form of CDR/FDR/TDR of a
nationalized/scheduled bank having branch in Jammu issued in favour of Executive
Engineer Mechanical & Hospital Division Jammu. The CDR/FDR shall be valid for 12 months
or more after the last date of receipt of bids or after the submission of performance security
whichever is later.
ii) The Bid not accompanied by an Earnest Money shall be out-rightly rejected.
iii) If i n case contractor failed to start /complete the work, within the stipulated time
period, his CDR/Earnest Money shall be forfeited after termination of the contract. Besides,
defaulting contractor shall be debarred from taking works in the Department at least for one
year.
iv) Earnest money deposit shall be released after successful completion of the work and
verification by the competent authority. However, the earnest money of unsuccessful
tenderers shall be released after finalization of the tender.

Sd/-
(Er. Vishal Mahajan)
Executive Engineer
Mechanical & Hospital Division
Jammu

5
OFFICE OF THE EXECUTIVE ENGINEER, MECHANICAL & HOSPITAL
DIVISION JAMMU

ANNEXURE “A”
TECHNICAL SPECIFICATION/ SCOPE OF WORK

MHDJ/e-NIT 212 of 2023-24 Dated: 11.12.2023


Due : 22.12.2023

Name of Work: UPGRADATION AND RENOVATION OF PSYCHOLOGY HALL NO 1 OF GMCH JAMMU.

S No Description of job Qty.


1 SITC of 01 No’s Smart Board Interactive white Board at Anatomy Hall No 1 at GMCH Jammu. The 01
Smart Board Interactive white Board 75” in size, should have hard coated, durable, optimized for
projection, compatible with dry erase markers and easily cleaned and should have 04 (four)No’
cameras DVIT (digital vision touch) technology and should be wall mounted having computer
connection facility equipped with 6’ (1.8m) power cable for power connection and power consumption
should be less than 7W (100V to 240V AC, 50/60 HZ, 5V DC 2.0A). The unit should be Environment
compliance and having regulatory certification. The software should include smart products drivers with
touch and gestures functions where mouse functions are performed by finger and write and erase
digital ink with a pen or erasers. The Interactive Board also features gestures capability providing a
natural and flexible way to interact with content. It should also have multi touch capabilities where
users can interact with the Interactive while Board using pens or fingers to write and perform gestures.
The touch resolution should be approximately 4000 x 4000The working temperature of the Interactive
white Board should be between 5 degrees Celcius to 35 degrees Celcius with upto 80% humidity non
condensing.
Make-Samsung, Sony, LG, Smart, BenQ, Vibe.
2 Supply, Installation, Testing & commissioning of 01 No’s digital Podium at Anatomy Hall No 1 at 01
GMCH Jammu. It shall be wheel mounted capable of moving in all directions with a facility of lock
them while the Electronic podium is use. The construction of the podium should be such that,while the
podium is locked and not is use, there should not be any port exposed/ visible on the outer body for
breakage/mishandling. Built-in highly sensitive Interactive Panel with adjustable tilt & a mechanism to
make the Panel stable so that it does not shake while writing. Screen should be LED of size 21 inches
minimum, Resolution 1920 x 1080 or higher. Touch screen should have Finger and Stylus operated and
display should have inbuilt speaker. Annotation software should include minimum features like choose,
pens, annotate, erase, colour, shapes, sizes ,text, edit,, fonts etc. The software should have network
classroom features to conduct remote teaching by having interaction through all the three types of
media Audio Video & text. Intel Core i-3 8th Gen. with GHz Processing speed with min Chache Memory
4GB Ram. Should have inbuilt Wi-Fi/Wireless/ LAN card, Windows-10 Professionals etc.

3 Digital Projecter: The Digital Projecter should have have display of Poly silicon TFT active Matrix, with 01
digital Zoom adjustment having ratio of 1:1.35 and internal sound system of 16W Monaural should be
1024 X 768 pixels and Lens focal length 3.71 mm having manual focus adjustment and digital zoom
adjustment with 02 No’s of USB port compatibility and should be wall,ceiling or front mounted.Make:
ASUS, Barco, BenQ, Canon, Christie, Dukane

4 Providing and fitting of split AC Hot & Cold of 2 TR capacity at Dissection Hall of Anatomy 08
Department of GMCH Jammu of make Voltas /Blue Star/ Diakin/ Hitachi with 01 Nos. Remote Control,
Copper condenser, having minimum 3 star rating along with 5 KVA copper wound automatic wall
mount voltage stabilizer having input voltage range of 110-240 V & output range of 200-240V. The job
includes Providing and laying of 2.5 Sq mm 20 mtr approx from inner to outer unit of AC and also
Copper pipes approx 30 feet length of size( ½,1/4 inches) along with insulation. outdoor stand 01
No, drain pipe upto the main drain, PVC clamps, PVC gutties and screws, tape rolls, Drilling holes in the
wall, window glass cutting for proper installation of AC. Complete job includes cost of material, labour,
to & fro charges and taxes etc.

NOTE: - 1.) The bidders are requested to visit the site to get acquainted with the nature and quantum of job.

Sd/-
Executive Engineer
Mechanical & Hospital Division
Jammu
6
OFFICE OF THE EXECUTIVE ENGINEER, MECHANICAL & HOSPITAL
DIVISION JAMMU

Annexure “B”

TERMS AND CONDITIONS

The tenderers should bear in mind and comply with the following instructions and terms & conditions
while tendering for the work/contract on turnkey basis as per scope of work and terms and
conditions of the detailed tender document:
1. The tenderer should inspect the site of the proposed work and fully acquaint himself with the
working conditions before quoting their rates as the job is of turnkey basis. It will be construed that
the tenderer has studied the site conditions completely and satisfied him with respect to the same.
2. Definitions: In constructing the terms and conditions of this tender document or of the documents
forming part thereof, unless the context otherwise requires, the following words and expressions
shall have the meanings hereinafter assigned to them.
i) “Department” shall mean Hospital Division GMCH , Jammu represented by The Executive Engineer ,
Mechanical & Hospital Division, Jammu and/or his authorized representative.
ii) “Engineer-in-charge” shall mean Executive Engineer , Mechanical & Hospital Division, Jammu and/or
his authorized representative.
iii) “Contractor” shall mean the tenderer whose tender has been accepted and who is authorized to
enter into an agreement with the Department for execution and completion of the works tendered
for by him.
iv) “Works” shall mean all works to be executed by the contractor in accordance with the specifications
and scope of work as specified in the tender document.
v) Notice in writing or written Notice shall mean a notice or a communication in writing, typed or
printed, sent either under registered post, ordinary post or electronic form to the last known private
or business address or delivered personally by hand to the contractor.
vi) Words incorporating the singular only also include the plural and vice versa.
viii) The Marginal Headings and notes shall not be deemed to be part of this contract or taken into
consideration in the interpretation or construction of this contract.
3. Rates: The rates quoted shall be FOR site, which will include the cost of transportation of materials
to the site, storage at site, all handling at site and incidental expenses, all taxes such as GST, entry
tax, toll tax at Lakhanpur and octroi etc. and the fixing in position for which the items of work is
intended to be operated.
4. Price Escalation: No cost escalation on any account shall be entertained in the quoted rates and
the rates quoted shall be firm & final and shall remain valid till the completion of the contract
5. Tender Acceptance: The acceptance / approval of the tender will rest with the Executive Engineer ,
Mechanical & Hospital Division, Jammu who does not bind himself to accept the lowest tender and
reserves to himself the authority to reject any or all of the tenders received without assigning any
reason(s). Conditional tenders shall be out rightly rejected.
Executive Engineer , Mechanical & Hospital Division, Jammu also reserves the right of accepting the
whole or any part of the tenders received and the tenderers shall be bound to perform the same at
the quoted rates.
6. GST: GST as applicable under law.
7. Commencement of work: The contractor shall commence work on site within 03 days from
the date of issue of work order/letter of intent
8. Site Supervision: The work shall be carried out under the direction and supervision of the
Engineer- in-charge or his representative at site. The contractor shall intimate the name of their
accredited representative who would be supervising the installation and would be responsible for
taking instructions for carrying out the work on day to day basis.
9. Quality: The decision of the Engineer-in-charge with regard to the quality of the material and
workmanship will be final and binding and the material/equipment rejected by the Department shall
be immediately removed by the contractor from the site.

10. Time of completion: (30) Thirty days from the date of issue of work order/letter of intent

7
11. Extension in time: If the contractor shall desire an extension in time for completion of the works
on the grounds of his having been un-avoidably hindered in its execution or on any reasonable
ground certified as such by the Engineer-in-charge, he shall apply to the Executive Engineer ,
Mechanical & Hospital Division, Jammu within 02 days of the date of such event. The Executive
Engineer Mechanical & Hospital Division, Jammu, Government Medical College & Hospital, Jammu
may on reasonable grounds therefore authorize such extension as in his opinion is necessary for
completion of the works in its entirety.
12. Penalty: In the event of contractors failure, neglecting declining or delaying the supplies /
installation or in the event of any damage occurring or being caused or in the event of any default or
failure in complying with any of the terms and conditions of the contract, the govt. shall with or
without prejudice any other remedy available to it under any law for the time being in force in the
state:
a. Terminate the contract after 30 days notice.
b. Recover the amount of loss caused by damage failure or default including the consequential
damage as may be determined by the department and /or
c. Recover the extra cost, if any, involved in allotting the contract to other party and/or.
d. Impose a penalty in form of liquidated damages on accounts of delay beyond the scheduled
delivery period subject to 0.1% value of the contract per day and not exceeding 10%
value of the contract and /or.
e. Forfeiture of earnest money/security deposit.
.
13. Defects Liability Period: The firm shall be bound for a period of 12 months from the date of
commissioning of job for satisfactory operation of the same and shall furnish a guarantee to this
effect to the department/ Government. Any defects found in equipment or any part thereof, which
may be caused by bad workmanship, use of inferior material or otherwise, or if in the opinion of the
department, any repairs / replacement are required to be made to the equipment the firm shall be
liable to remove the defect/ or conduct repairs at his own cost and expenses within a period of 03
days of the receipt of the notice from the department. In the event of failure on the part of the firm
to remove these defects or make repairs within the stipulated period, the department may get the
defects removed or repairs made by any other agency and the cost thereof shall be recovered from
the firm.
14. Addition/Alteration in work contract: No addition/alteration in the work shall be allowed without
prior approval from the competent authority i.e Executive Engineer , Mechanical & Hospital Division,
Jammu. However, any addition/ alteration exceeding 2% of the value of contract value that
improves the overall performance of the system shall be allowed at L.M.R. subject to approval from
Chief Engineer.
15. Contract Signing: After acceptance of the contract the tenderer shall sign the necessary contract
papers/agreement within 05 days of the intimation. Expenses for the agreement including
cost of stamp papers etc. shall be borne by the contractor. The delay or failure to execute the
agreement shall in no way affect the time of completion of work which will be reckoned from the
date of placement of supply order/ work order/ letter of intent.
16. Employee State Insurance: ESI charges, if applicable on the workforce employed, shall be borne
by the contractor.
17. Terms of Payment:
All payments will be made in Indian Currency and will be subject to deduction of Income tax, and
J&K Service Tax at source, on the rates as are in vogue at the time of release of payment.

a) 70% of against safe delivery of material/equipment in full at site and Rest of payment shall be
released after installation, testing & successful commissioning of the all the equipment at site.
However, 10 % payment shall be kept as deposit & shall be released after successful completion
of the warranty period or against bank guarantee of equivalent amount i.e. 10 % of the contract
value from nationalized/reputed bank

18. Earnest Money:


i) The earnest money amounting shall be in the form of CDR/FDR/TDR of a
nationalized/scheduled bank having branch in Jammu issued in favour of Executive
Engineer , Mechanical & Hospital Division, Jammu . The CDR/FDR/TDR shall be valid for
12 months or more after the last date of receipt of bids or after the submission of
performance security whichever is later.
ii) The Bid not accompanied by an Earnest Money shall be out-rightly rejected.

8
iii) If i n case contractor failed to start /complete the work, within the stipulated time
period, his CDR/Earnest Money shall be forfeited after termination of the contract. Besides,
defaulting contractor shall be debarred from taking works in the Department at least for one
year.
iv) Earnest money deposit shall be released after successful completion of the work
and verification by the Concerned AEE. However, the earnest money of unsuccessful
tenderers shall be released after finalization of the tender..
19. Watch and ward of equipment/material: The contractor shall be responsible for the watch and
ward of his equipment / materials at site till the completion of work/handing over to the department
In case of any loss or damage to the said equipment / material etc. on any account, the contractor
shall make good the loss or replace the deteriorated material at his cost and expenses and the
Department shall in no case be liable to pay any compensation
20. Currency of bid and payment: The rates and prices shall be quoted by the bidders entirely in
Indian Rupees. Accordingly, all payments shall be made in Indian Rupees.
21. Indemnity:
The contractor shall make the Department harmless and shall settle all compensation claims arising
as a result of accidents etc. aforesaid during the execution of the works at his own cost.
22. Damage to works during or after execution: If the contractor or his workers break, deface,
injure or destroy any part of the structure or other property in the vicinity of the works belonging to
any person in or on which they may be working, such structure, road kerbs, embankments, fence
enclosure, water pipes, cables, drains, electrical or telephone posts, or wares, trees, grass or
grassland or cultivated ground contiguous to the premises on which the work or any part of it is
being executed shall make the same good at his own cost and in default, the Engineer-in-charge
shall cause the same to be made good and deduct the cost thereof from any sums that may due to
the contractor under this contract or from his security deposit for other works under the
Department.
23. Materials, Plants & appliances: The contractor shall arrange at his cost all materials, plants,
tools, appliances and temporary works required for the execution of the works.
24. Force Majeure: Any failure or omission to carry out the provisions of the contract shall not give rise
to any claim by the department or the approved supplier/contractor one against the other if such
failure or omission arises from an “Act of God” which shall include all natural calamities such as fires,
earthquakes, floods, hurricanes, strikes, riots, embargoes or from any political or other reasons
beyond the control of parties including war, whether declared or not, civil war or a state of
insurrection.
25. Decision of the Executive Engineer to be final: Except where otherwise specified in the contract,
the decision of the Executive Engineer , Mechanical & Hospital Division, Jammu, shall be final,
conclusive and binding upon the contractor on all questions relating to the meaning specifications,
design, drawings, the instructions mentioned and the quality of workmanship or
materials/equipment used for the works.
26. Subletting: The contractor shall not assign or sublet the works in whole or part without the written
permission from the competent authority & incase the contractor assign or sublet the contract or
attempt to do so. The contract will be terminated and actions as deemed fit shall be taken by the
department.
27. Warranty Period: The overall job shall be guaranteed for a period of 12 months.
28. Jurisdiction of Court: For any dispute arising out of this contract the Hon’ble High Court of Jammu
&d Kashmir at Jammu only shall have jurisdiction.
29. All other terms and conditions shall be governed by PWD Form No. 25 of J&K Government.
30. All other terms and conditions as reflected in NIT shall also be applicable.
31. ARBITRATION CLAUSE: If any question, dispute or difference whatsoever, arises between the
firm & the Department/Government in relation to or in connection with this contract either of the
parties may give notice in writing of such questions, dispute or difference and the same be referred
to the arbitration of a person to be mutually agreed upon or failing such agreement within thirty
days of receipt of such notice of person appointed by the Jammu & Kashmir government. This
submission shall be deemed to be a submission to arbitration within the meaning of the Jammu &
Kashmir Arbitration Act. In witness thereof the parties hereto have signed this agreement on the
dates respectively mentioned against their signatures. The provision of J&K Arbitration Act Samvat
2002 and of the rules there under and statutory modification thereof shall be deemed to apply to the
arbitration disputes if any regarding reference to courts shall be subject to jurisdiction of J&K courts
only.
32. The hard copies of original documents along with EMD in the shape of CDR/FDR/TDR should be
submitted only by the bidder who is declared as L1 after opening of financial bids in the office of XEN ,

9
Mechanical & Hospital Division, Jammu, Jammu within seven (07) days, failing which bid liable to
be rejected

33. The complete bidding process will be online.

34. If any item is not mentioned / incorporated in scope of work of NIT, but necessary for successful
commissioning of the job, it shall be deemed to have been incorporated for which no extra cost shall
be paid by the Department.

35. The bidders are requested to visit the site to get acquainted with the nature and quantum
of job.

36. Cancellation: The Department reserves the right to cancel the order in case of fault on the part of
the contracting agency and also prior to the receipt of the intimation regarding taking in hand
execution of work against the order. No, claim whatsoever, shall be tenable against the department
on this account.

37. Overall lowest bidder shall be treated as “L1”.


38. Training to the department staff: - The successful bidder shall provide the necessary training and
orientation to the department staff to be deputed by the department after successful testing and
commissioning of the project/work without any extra cost for training

Sd/-
Executive Engineer
Mechanical & Hospital Division
Jammu

10
ANNEXURE “C”

LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF BID SUBMISSION
1) Cost of Tender document in shape of challan through J&K Govt. Treasury indicating Treasury Voucher No. &
date and also indicating the name of work duly crediting to 0059-PWD (Revenue) and uploading a copy of
treasury challan / / receipt on e-tendering portal. OR The bidder may deposit tender fee in the shape of e-
Challan through Account no. 0097010100002163 in the name of Executive Engineer , Mechanical &
Hospital Division, Jammu
2) Name of Bank : J&K Bank, Town Hall, Jammu.
Branch code : 0097,
IFSC code : JAKA0TNHALL,
MICR CODE : 180051025

3) Earnest Money Deposit in shape of CDR/FDR/TDR valid for 12 months or more pledged Executive
Engineer , Mechanical & Hospital Division, Jammu
4) Copy of PAN card
5) Latest Income Tax Clearance Certificate/return (ITR) (Assessment year 2023-24)
6) Copy of GST Registration Certificate.
7) The firm should be registered on JKPWDOMS
8) Similar Nature Works Completed Certificate along with work order/allotment order copies from
Govt./Semi Govt. During Last 07 Years Ending 30.11.2023 As Mention Below :-

03 Similar Nature Completed Works Costing Not Less Than The Amount Equal To 40% each Of The
Estimated Cost.
Or
02 Similar Nature Completed Works Costing Not Less Than The Amount Equal To 50% each Of The
Estimated Cost.
Or
01 Similar Nature Completed Works Costing Not Less Than The Amount Equal To 80% each Of The
Estimated Cost
9) Intending bidders have to sign & stamp bid acceptance form i.e, Annexure “E” with confirmation of Yes or
No for item no. 1 to 05 in respect of terms and conditions of e-Nit, failing which bid is liable to be rejected.

10) The Bidder should give an undertaking in shape of Affidavit (Notary Attested) for Rs 100/- of currency of
tender dates on non Judicial stamp paper as per Format Enclosed at Annexure “D”. The Stamp paper
should also have clearly mentioned the 1st party name as contractor/ Firm name and 2nd party name as
Executive Engineer , Mechanical & Hospital Division, Jammu along with reference of e-Nit
no.

11) Tender document (SBD) duly signed & stamped on each leaf should also be uploaded.

12) The firms shall have mandatory local services setup i.e within Jammu so as provide the
prompt services to avoid inconvenience to the patient care.

NOTE: ADDITIONAL PERFORMANCE SECURITY FOR UNBALANCED BID


The successful bidder L1 shall have to deposit an additional performance security in the shape of CDR / FDR/ B.G before award of
contract in case the bid of the successful bidder is found to be unbalanced and the following scale shall apply there to:-

S.NO Percentage of unbalanced bid viz -a- viz Adv.cost on account of Additional performance security
low rate
1 Upto and including 15% below Nil
2 >15% upto and including 20% below 5% of the Advertised cost
3 >20% upto and including 25% below 10% of the Advertised cost
4 >25% upto and including 30% below 15% of the Advertised cost
5 >30% below 20% of the Advertised cost

The condition with regard to APS in case of Abnormally low bids (ALB’s) shall remain as per the prevision of JKPWD manual 2020

1. If the successful bidder L1 fails to submit the APS (additional performance security) failing which the tender will be
cancelled and his bid will not be considered for the same work in case of fresh tender.

2. The additional performance security shall be released only after successful completion of work.

Sd/-
Executive Engineer
Mechanical & Hospital Division
Jammu

11
ANNEXURE “D” On Rs 100/- Stamp paper
(Notary Attested)
FORMAT FOR AFFIDAVIT

1. I, do hereby certify that all the statements made in the Tender


no.:___________dated _______are true & correct.

2. The undersigned also hereby certifies that neither our firm M/S__________ have abandoned any
work in erstwhile Mechanical Engineering Department Jammu or any other department nor any
contract awarded to us for such work have been rescinded during the last five years period prior to
the date of this bid.

3. The undersigned hereby authorize(s) and request(s) any bank,


firm or corporation to furnish pertinent deemed necessary and requested by the department to
verify this statement or regarding any (our) competence and general reputation.

4. The undersigned understands and agrees that further qualifying


Information may be requested and agrees to furnish any such information at the request of the
department/project implementing authority.

Signature:-
Name:-
Designation:-
Name:-
Address:-
Date:-
Place:-

12
OFFICE OF THE EXECUTIVE ENGINEER, MECHANICAL & HOSPITAL
DIVISION JAMMU

ANNEXURE “E”

Bid Acceptance Form

MHDJ/e-NIT 212 of 2023-24 Dated: 11.12.2023


Due : 22.12.2023

Name of Work: UPGRADATION AND RENOVATION OF PSYCHOLOGY HALL NO 1 OF GMCH JAMMU

1. Payment clause
Terms of payment:-

As per Annexure“B” of e-NIT, Sr. No. 17 (Yes/No)……..

2. Delivery / Completion period


(30) Thirty days from the date of issue of work order/letter of intent (Yes/No)……..

3. Warranty Clause
12 months (Yes/No)……..

4. Bid Validity period


Valid for a period of 180 days from the date of opening of tenders (Yes/No)……..

5. Terms and conditions


As per Annexure “B” of e-NIT Yes/No)……..

Seal & signature of the Tenderer

Signature Not Verified


Digitally signed by Muzaffar Ahmad
Date: 2023.12.11 15:00:43 IST
Location: Jammu and Kashmir-JK

13

You might also like